04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION...

43
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04 23-Aug-2013 M9549413RC01F43 N/A 6. ISSUED BY CODE M00264 7. ADMINISTERED BY (If other than Item 6) CODE S2404A RCO Quantico 3250 Catlin Ave Quantico VA 22134-5001 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. BOOZ ALLEN HAMILTON INC 8283 Greensboro Drive McLean VA 22102 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4024-MUT6 10B. DATED (SEE ITEM 13) CAGE CODE 17038 FACILITY CODE 28-Sep-2011 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.217-9 Option to Extend the Term of the Contract. [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Steven Fredericks, Seaport-e BMO (McLean) Sandra K Hughes, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Steven Fredericks 26-Aug-2013 BY /s/Sandra K Hughes 26-Aug-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

Transcript of 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION...

Page 1: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

2.  AMENDMENT/MODIFICATION NO. 3.  EFFECTIVE DATE 4.  REQUISITION/PURCHASE REQ. NO. 5.  PROJECT NO. (If applicable)

04 23-Aug-2013 M9549413RC01F43 N/A6.  ISSUED BY CODE M00264 7.  ADMINISTERED BY (If other than Item 6) CODE S2404A

RCO Quantico

3250 Catlin Ave

Quantico VA 22134-5001

 

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

 

   8.  NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)   9A.  AMENDMENT OF SOLICITATION NO.

BOOZ ALLEN HAMILTON INC    8283 Greensboro Drive    McLean VA 22102   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4024-MUT6

    10B.  DATED (SEE ITEM 13)

CAGECODE

17038 FACILITY CODE   28-Sep-2011

11.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of thisamendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitationand this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

SEE SECTION G 

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A.  THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. INITEM 10A.

[  ]   [  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation

date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

[X] C.  THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:52.217-9 Option to Extend the Term of the Contract.

[  ] D.  OTHER (Specify type of modification and authority)  

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

   Steven Fredericks, Seaport-e BMO (McLean) Sandra K Hughes, Contracting Officer

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED       /s/Steven Fredericks 26-Aug-2013 BY /s/Sandra K Hughes 26-Aug-2013 

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

 

 

                  1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

Page 2: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

GENERAL INFORMATION

The purpose of this modification is to exercise option year two (2) of this Task Order... Accordingly, said TaskOrder is modified as follows: 

1. Exercised CLINS's 5002AA, 6004AA, 6005AA, and 8002AA with a total funded amount of $3,600,872.91. Theperiod of performance starts 29 Sep 2013 to 28 Sep 2014.2. Correct the period of performance in section F to read from 29 Sep 2013 through 30 Sep 2014 to 29 Sep 2013through 28 Sep 2014 for option year2.  Corrected the period of performance for the base year and option year 1.3. A conformed copy of this Task Order is attached to this modification for informational purposes only. 

The Line of Accounting information is hereby changed as follows:

The total amount of funds obligated to the task is hereby increased from $5,703,501.39 by$3,600,872.91 to $9,304,374.30.

CLIN/SLIN Type Of Fund From ($) By ($) To ($)

5002AA O&MN,N 0.00 3,084,795.44 3,084,795.44

6004AA O&MN,N 0.00 30,000.00 30,000.00

6005AA O&MN,N 0.00 10,000.00 10,000.00

8002AA O&MN,N 0.00 476,077.47 476,077.47

The total value of the order is hereby increased from $5,703,501.39 by $3,600,872.91 to$9,304,374.30.

CLIN/SLIN From ($) By ($) To ($)

5002AA 0.00 3,084,795.44 3,084,795.44

6004AA 0.00 30,000.00 30,000.00

6005AA 0.00 10,000.00 10,000.00

8002AA 0.00 476,077.47 476,077.47

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 2 of 2 FINAL

 

Page 3: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES  For FFP Items:  Item   PSC Code  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ --------  -----------------       ---- ----      --------------- ----------------                 5000              Base Year Labor                                    $2,343,909.06  5000AA R799       Base Year Labor         1.0  LO    $2,343,909.06   $2,343,909.06                   (O&MN,N)                          5001              Option Year One                                    $3,279,592.33                   Labor              5001AA R799       Option Year 1           1.0  LO    $3,279,592.33   $3,279,592.33                   Labor (O&MN,N)                    5002              Option Year Two                                    $3,084,795.44                   Labor              5002AA R799       Option Year 2           1.0  LO    $3,084,795.44   $3,084,795.44                   Labor (O&MN,N)                     For ODC Items:  Item   PSC Code  Supplies/Services       Qty  Unit            Est. Cost                                 ------ --------  -----------------       ---- ----      ----------------                                 6000              Travel for Base                       $15,000.00                   Year               6000AA R799       Travel for Base         1.0  LO       $15,000.00                   Year (O&MN,N)                     6001              ODC for Base Year                     $25,000.00  6001AA R799       Base Year ODC           1.0  LO       $25,000.00                   (O&MN,N)                          6002              Travel for Option                     $30,000.00                   Year One           6002AA R799       Travel for Option       1.0  LO       $30,000.00                   Year 1 (O&MN,N)                   6003              ODC for Option                        $10,000.00                   Year One           6003AA R799       ODC for Option          1.0  LO       $10,000.00                   Year 1 (O&MN,N)                   6004              Travel for Option                     $30,000.00                   Year Two           6004AA R799       Travel for Option       1.0  LO       $30,000.00                   Year 2 (O&MN,N)                   6005              ODC for Option                        $10,000.00                   Year Two           6005AA R799       ODC for Option          1.0  LO       $10,000.00                   Year 2 (O&MN,N)                  

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 1 of 41 FINAL

 

Page 4: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

  For FFP Items:  Item   PSC Code  Supplies/Services       Qty  Unit      Unit Price          Total Price                 ------ --------  -----------------       ---- ----      --------------- ----------------                 8002              OPTIONAL CLIN --                                     $476,077.47                   Major Upgrade      8002AA R799       Optional CLIN --        1.0  LO      $476,077.47     $476,077.47                   Major upgrade                                      (Labor) (O&MN,N)                  

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 2 of 41 FINAL

 

Page 5: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION C DESCRIPTIONS AND SPECIFICATIONS

PERFORMANCE WORK STATEMENT (PWS)

TO PROVIDE PROFESSIONAL SERVICES FOR

GEOFIDELISOPERATIONS AND TRANSITION SUPPORT

 

1.0   BACKGROUND

 At Headquarters Marine Corps, the Director, Facilities and Services Division(LF), under the direction of the Deputy Commandant for Installations andLogistics (I&L) is responsible for formulating program policy, providingtechnical guidance, and overseeing management of real property assets;management of natural resources and protection of endangered species;conservation of installation assets; and management of garrison mobileequipment and property programs. Part of this responsibility includesoversight and functional advocacy of the Marine Corps Installation GeospatialInformation and Services (IGI&S) program known as GEOFidelis.

As defined by MCO 11000.25, the GEOFidelis Program provides the data, people,hardware, software, procedures and policies required to perform installationmanagement GIS support functions such as installation management, missionsupport, force protection, homeland security, and training. Geospatialinformation provides the basic framework for installation visualization. Itincludes information produced by multiple sources to common interoperable datastandards. It may be presented in the form of: printed maps, charts andpublications; digital simulations and modeling databases; photographic forms;or digitized maps and charts or attributed center line data. Geospatialservices include tools that enable users to access and manipulate data, andalso include instruction, training, laboratory support, and guidance for theuse of geospatial data.

The GEOFidelis Program’s architecture is based on two tiers – a presentationtier and a production tier. The GEOFidelis presentation tier utilizesSharePoint Portal web sites and web map viewers to serve Marine Corps IGI&S toMarine Corps, DON, and DOD users. There are currently five separateimplementations of hardware and software for these purposes managed by CMC(LF), Marine Corps Installations West (MCIWEST), Marine Corps InstallationsEast (MCIEAST), MCB Camp Butler, and MCAS Iwakuni. These separate presentationtier environments are cost-ineffective for the Marine Corps, confusing to theusers, and provide an inconsistent look, feel, and capabilities. Disparitiesamong the five environments contribute to additional manual labor andprocesses required for data sharing and dissemination of maps and services. 

The GEOFidelis production tier utilizes ESRI ArcGIS 9.3.1 desktop products viaa CITRIX-based, remote terminal services interface to edit and maintaininstallation geospatial information as part of its production tier capability.There are currently four separate implementations of hardware and software forthese purposes managed by Marine Corps Installations West (MCIWEST), MarineCorps Installations East (MCIEAST), MCB Camp Butler, and MCAS Iwakuni. As withthe multiple presentation tiers, these separate production environments arecost-ineffective. Disparities among the four environments contribute to

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 3 of 41 FINAL

 

Page 6: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

additional manual labor and processes required for data sharing anddissemination of installation geospatial information and services. 

For these reasons, the GEOFidelis Enterprise Architecture outlined therequirement to transition from the current node-centric architecture to oneconsolidated presentation tier and one consolidated production tierarchitecture in order to achieve the enterprise goals and objectives directedby Marine Corps Order 11000.25. 

2.0   SCOPE/OBJECTIVE

This is a Performance Work Statement (PWS). The scope of this PWS is toprovide functional and technical programmatic support to include projectmanagement planning and analysis, transition planning, transition support,operation and maintenance, configuration management, and other technicalsupport for the GEOFidelis information technology infrastructure. TheContractor is responsible and accountable for achieving the desired resultsbased upon their approach and internal processes. The Contractor shall provideall services, personnel, personnel supervision, materials, equipment andtransportation necessary (except as otherwise specified herein) to accomplishthe requirements of the PWS. 

 A majority of the work will be performed at the Contractor site, however,on-site work at Defense Information Systems Agency (DISA) in Mechanicsburg, PAand at various Marine Corps installations worldwide may be required asoutlined in the PWS. The Marine Corps will provide access to any installationwhere on-site work is required. 

 The tasks included in the PWS are as follow:

Task 1 - Project Management, Project Planning and Analysis

Task 2 – GEOFidelis Presentation Tier Transition Planning

Task 3 – GEOFidelis Presentation Tier Transition Support

Task 4 – GEOFidelis Presentation Tier Operations and Maintenance Support

Task 5 - GEOFidelis Production Tier Transition Planning

Task 6 – GEOFidelis Production Tier Transition Support

Task 7 – GEOFidelis Production Tier Operations and Maintenance Support

Task 8 – GEOFidelis Configuration Management

Optional Task – Major Upgrade of GEOFidelis System Software

 3.0   TASK ORDER DESCRIPTION

The following details all tasks and deliverables required for this effort. All work must be conducted within the governing framework of all relevantFederal, DoD, DON and Marine Corps policy  (i.e., MCO 11000.25, InstallationGeospatial Information and Services, GEOFidelis Enterprise Architecture, I&E

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 4 of 41 FINAL

 

Page 7: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

IT Governance Process, etc.).

 3.1 Task 1 - Project Management, Project Planning and Analysis (Base Year

Plus Four Option Years)

 The Contractor shall provide comprehensive project management support toensure the successful and timely completion of all tasks and deliverableswithin this PWS. Project management support shall include proactive planningand coordination of the overall program strategy and all project activities;cost and schedule management; staff direction and supervision; qualityassurance and status reporting; liaison with CMC (LF), DISA, Marine Corpssubject matter experts, regional and installation points of contacts andothers as required.

 The Contractor will develop and maintain a Project Management Plan (PMP) toclearly document a common understanding between the Government and thecontractor of the planned work activities to be performed under the contract. The PMP shall describe all key work activities, plans, schedules, performancestandards, and resources associated with the program.  Anytime a change inprogram requirements, work activities, resources, schedules, or other factorsoccurs, these changes shall be incorporated into a revised PMP. The PMP willbe the baseline plan against which program progress will be measured. 

As part of this task, the Contractor shall ensure all Marine Corps InformationAssurance (IA) requirements for the GEOFidelis Presentation and ProductionTier systems are met and kept up-to-date. This includes completing or updatingDoD Information Assurance Certification and Accreditation Process (DIACAP)documentation required using the XACTA system. The Contractor shall provideall Navy-Marine Corps Internet (NMCI), or similar, required documentation forthe GEOFidelis Presentation and Production Tier systems, as required. TheContractor shall update these documents whenever changes to the system designor architecture are warranted. The Contractor shall provide support during theapproval process through the IA and NMCI (or other related) process. 

The Contractor shall conduct market surveys and research in analyzing new andcurrently used technologies and products for possible inclusion or use withinthe GEOFidelis Enterprise Architecture. The Contractor shall generate reports,charts, documentation and presentation materials summarizing research findingsand data in response to specific business inquiries, and support cost/benefitand decision analysis initiated by the Marine Corps Geospatial InformationOfficer (GIO). 

The Contractor shall provide monthly status reports as to current and ongoingtask status, and issues requiring resolution. These reports shall be submittedto CMC (LF) via email by the 5th of the month. The reports shall address thecurrent status of all work, and plans for coming months.  Specific content ofthe status report shall include: work accomplished during the previous month,list of any and all travel during the previous month, list of all deliverablescompleted during previous month, status of funds, schedule status, plannedactivities and any issues or problems encountered.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 5 of 41 FINAL

 

Page 8: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

3.1.1 Key Personnel. The following positions have been identified as keypersonnel and are subject to the substitution requirements as stipulated inthe contract.

3.1.1.1 Project Manager. The Project Manager will assist in identifyingrequirements and solutions in close coordination with the GIO in CMC (LF). The Contractor will analyze program requirements and emerging customerpriorities, and allocate/reallocate personnel and resources to best meet theneeds of the GEOFidelis Enterprise Capability. The Contractor will maintainand enhance the functionality and utility of the GEOFidelis systems in supportof Marine Corps installation management process and users.

- Minimum Education / Experience

- Bachelors of Science or Bachelors Degree in a business, engineering, orcomputer related discipline from an Accredited College or University.

- 5 years of experience in managing and directing DoD projects and programsrelated to Marine Corps installation management business processes.

- Project Management Professional Certification.

- Level I IA and Operation System Certification

- Knowledge of Marine Corps programs related to installation management andgeospatial information activities.

3.1.1.2 Systems Manager. The Systems Manager will oversee the configuration,management, and operations of all components of the GEOFidelis Presentationand Production Tiers including servers, applications, databases, network andsystems interfaces, user accounts, services registry, and InformationAssurance requirements. The Contractor will work in close coordination withthe designated hosting facility to ensure the GEOFidelis systems areconfigured and maintained to achieve an optimal Spatial Data Infrastructurefor the GEOFidelis Program. The Contractor will contribute to providing morecentralized and enterprise level solutions, and the integration and increasedexploitation of GEOFidelis Presentation and Production Tier systemsfunctionality. The Contractor will maintain the GEOFidelis Enterprise SystemsCertification and Accreditation in accordance with Marine Corps InformationAssurance policy and directives, and any other guidance as directed by the GIOor the GIO’s designated representative.

- Minimum Education / Experience

- Bachelors of Science or Bachelors Degree in an engineering, or computerrelated discipline from an Accredited College or University.

- 5 years of experience in systems administration on DoD Information systemsrelated to Installation Management and geospatial business processes.

- Security Application Support - CompTIA certification meeting therequirements established in the DoD 8570.01.

- Knowledge of Citrix, Server and OS Administration, ESRI's suite of ArcGISserver, geodatabase, and desktop product suites, SharePoint, and DIACAP.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 6 of 41 FINAL

 

Page 9: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

- Knowledge of Marine Corps programs related to installation management andgeospatial activities.

3.1.1.3 Operations Manager. The Contractor will oversee the daily operationsof the GEOFidelis Presentation and Production Tiers.  The Contractor willmonitor performance and uptime in close coordination with the Systems Managerand hosting facility. The contractor will develop metrics and run reports inaccordance with appropriate industry standard practices and in closecoordination with the Systems Manager. The Contractor will oversee Help Deskoperations and ensure trouble tickets are recorded and forwarded toappropriate personnel for action in accordance with approved procedures,and/or any other guidance as directed by the GIO or the GIO’s designatedrepresentative.

- Minimum Education / Experience

- Bachelors of Science or Bachelors Degree in a business, engineering, orcomputer related discipline from an Accredited College or University.

- 5 years of experience in systems operations and help desk/servicesmanagement on DoD Information systems related to Installation Management andgeospatial business processes.

- Knowledge of Marine Corps programs related to installation management andgeospatial activities.

3.1.1.4 Database Manager. The Contractor will oversee the configuration,tuning, performance, and data management procedures for the spatial andnon-spatial databases which comprise the GEOFidelis Presentation andProduction Tiers. The Contractor will work in close coordination with theSystems Manager and hosting facility to monitor backup and recovery operationsand ensure overall integrity and accessibility of the data.  The contractorwill contribute to providing more automated processes for the management andaccessibility of data and metadata used in enterprise level solutions.

- Minimum Education / Experience

- Bachelors of Science or Bachelors Degree in engineering, or computer relateddiscipline from an accredited college or university.

- 5 years of experience in database and geodatabase administration on DoDInformation systems related to Installation Management and geospatial businessprocesses.

- Security Application Support - CompTIA certification meeting therequirements established in the DoD 8570.01.

- Level II IA and Operation System Certification

- Knowledge of data, metadata, and geospatial data standards related to DoDInstallation Geospatial Information and Services (IGI&S) programs, includingthe Spatial Data Standards for Facilities, Infrastructure, and Environment(SDSFIE)

- Knowledge of SQL Server and ArcSDE.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 7 of 41 FINAL

 

Page 10: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

- Knowledge of Marine Corps programs related to installation management andgeospatial activities.

Deliverables:

Project Management Plan: The initial PMP shall be delivered within 30 daysafter contract award. Updates to the PMP shall be provided at least quarterlythroughout the contract. However, updates to the PMP shall be provided within30 days of any significant new work activities or changes in existing workactivities occur. 

Monthly Status Report: A monthly summary of tasks performed. Includes workbreakdown structure and costs. Copies of analyses and reports generated willbe included.  Supporting documentation will be attached. The monthly statusreport will be due the 15th of each month.

DIACAP Documentation: Updates and new documentation will be provided to complywith Marine Corps Information Assurance requirements (and/or any otherrequirement as directed by the GIO or the GIO’s designated representative)based on the GEOFidelis business systems architecture and any changes to thearchitecture. Documentation will be evaluated on timeliness, accuracy,thoroughness, professional appearance, appropriateness of content, andcompliance with established standards.  Documentation will be due within 20business days of any change requiring documentation update.

NMCI (and/or other required or related) Certification and AccreditationDocumentation: Updates and new documentation will be provided as requiredbased on GEOFidelis business systems architecture or software changes.Documentation will be evaluated on timeliness, accuracy, thoroughness,professional appearance, appropriateness of content, and compliance withestablished standards. Documentation will be due within 20 business days ofany change requiring documentation update.

3.2 Task 2 – GEOFidelis Presentation Tier Transition Planning (Base Year –

Initial Three Months)

The Contractor shall develop a comprehensive GEOFidelis Presentation TierTransition Plan to outline the detailed steps, procedures, and timelinenecessary to transition from the current state of multiple, disparatepresentation environments to the desired end state of one consolidatedpresentation capability. The Contractor will develop this plan in accordancewith the GEOFidelis Enterprise Architecture. The objective is to outline theoptimal approach for the transition, covering all aspects of the project. Thefinal transition plan will serve as the blueprint for the implementationphase.

The plan must be defensible and must outline the most efficient and timelyapproach to achieving a single GEOFidelis Presentation Tier. Certainconstraints such as cost, hosting facility service levels and constraints, andchoice of software platforms and versions shall be factored into the Plan.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 8 of 41 FINAL

 

Page 11: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

The Contractor shall deliver a Draft GEOFidelis Presentation Tier TransitionPlan within 60 days of task award. The draft plan should be suitable fordelivery to an Executive/Flag Officer, and it shall be in both Microsoft Wordand Adobe PDF formats and should include or address, at a minimum, thefollowing: 

·                     A comprehensive list of capabilities to transition to, or to develop,for deployment on the Single Presentation Tier. The basis for this list willbe recent inventories compiled by CMC LF of all existing capabilitiescurrently deployed on the five disparate environments, combined with newcapability requirements outlined in a completed Single Presentation TierSystems Design Study. Once compiled, the list will then be evaluated todetermine a transition and deployment strategy, answering such questions aswhether to transition a “best of breed” capability from one of the existingsites or develop a new or expanded version more suitable as an enterprisesolution. Furthermore, there shall be a listing of system or software upgradesnecessary or recommended (if any) for optimal deployment of the completecapabilities list developed in the previous step. For example, the existingmultiple presentation tiers currently utilize ESRI’s ArcGIS server 9.3.1. Theupgrade list should document whether a higher version should be deployed onthe single presentation tier if known to be necessary or more efficient inorder to achieve a given capability. 

·                      A comprehensive timeline (POA&M) for transition to the singlepresentation tier utilizing a phased approach. At least two phases should beincluded, an Initial Operating Capability (IOC) and Final Operating Capability(FOC). The timeline should address which capabilities will be deployed at eachstage, the time necessary to complete Information Assurance requirements, andit should indicate sunset milestones for the five existing environments.

The Final GEOFidelis Presentation Tier Transition Plan shall be delivered 90days after contract award. The Plan shall be suitable for delivery to anExecutive/Flag Officer, and it shall be in both Microsoft Word and Adobe PDFformats and should include at a minimum all the items in the Draft TransitionPlan and address and incorporate all of the Government’s comments.

The Contractor shall develop a Draft and Final Concept of Operations (CONOPS)for the Single Presentation Tier to define the operational aspects ofdeployment and management over time. The CONOPS should address at a minimumthe roles and permissions HQMC, regions, and installations will have in themanagement of content and capabilities of the Single Presentation Tier. TheDraft and Final CONOPS shall be suitable for delivery to an Executive/FlagOfficer, and it shall be in both Microsoft Word and Adobe PDF formats. TheFinal Concept of Operations shall be delivered 90 days after contract awardand should incorporate all of the Government’s comments.

The Contractor shall provide updates on the progress of this task execution inthe Monthly Status Report (see Task 1, paragraph 3.1). The Contractor willalso meet with government representatives at least twice a month, or as isconsidered necessary, to discuss task progress, work performed, reviewpreliminary results or vet any challenges the contractor may encountergathering information which require government assistance to resolve. TheContractor shall provide a meeting summary report for each meeting, no laterthan five days after each meeting that, at a minimum, includes the topics

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 9 of 41 FINAL

 

Page 12: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

discussed, decisions made, and action items.

Deliverables:

Draft GEOFidelis Presentation Tier Transition Plan: Provide a draft transitionplan for the consolidation of existing presentation tier nodes into a singlenode. The draft plan should be suitable for delivery to an Executive/FlagOfficer, it shall be in both Microsoft Word and Adobe PDF formats, and itshall comply and adhere to the guidance provided by the GEOFidelis EnterpriseArchitecture, MCO 11000.25 and existing DoD, DoN and Marine Corps informationtechnology (IT) instruction and guidance, and/or any other guidance asdirected by the GIO or the GIO’s designated representative. 

Final GEOFidelis Presentation Tier Transition Plan:  Provide a finaltransition plan for the consolidation of existing presentation tier nodes intoa single node. The draft plan should be suitable for delivery to anExecutive/Flag Officer, it shall be in both Microsoft Word and Adobe PDFformats, and it shall incorporate and address Government comments concerningthe draft plan and adhere to the guidance provided by the GEOFidelisEnterprise Architecture, MCO 11000.25 and existing DoD, DoN and Marine Corpsinformation technology (IT) instruction and guidance, and/or any otherguidance as directed by the GIO or the GIO’s designated representative. 

Draft CONOPS: Provide a draft Concept of Operations for the SinglePresentation Tier. The draft should be suitable for delivery to anExecutive/Flag Officer, it shall be in both Microsoft Word and Adobe PDFformats and it shall comply and adhere to the guidance provided by theGEOFidelis Enterprise Architecture, MCO 11000.25 and existing DoD, DoN andMarine Corps information technology (IT) instruction and guidance, and/or anyother guidance as directed by the GIO or the GIO’s designated representative. 

Final CONOPS: Provide a final Concept of Operations for the SinglePresentation Tier suitable for delivery to an Executive/Flag Officer, it shallbe in both Microsoft Word and Adobe PDF formats, and it shall incorporate andaddress Government comments concerning the draft CONOPS and adhere to theguidance provided by the GEOFidelis Enterprise Architecture, MCO 11000.25 andexisting DoD, Don and Marine Corps information technology (IT) instruction andguidance, and/or any other guidance as directed by the GIO or the GIO’sdesignated representative. 

Meeting Summary Report: Provide a summary report of all meetings. The summaryreport should include all agreed to actions and follow-on action items fromthe meeting. 

3.3 Task 3 – GEOFidelis Presentation Tier Transition Support (Base Year –

Final Nine Months)

The Contractor shall transition the current multiple GEOFidelis presentationtier environments into a single presentation tier in accordance with theapproved Final GEOFidelis Presentation Tier Transition Plan from Task 2,paragraph 3.2 above. The Contract shall adhere to all requirements and POA&Ms

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 10 of 41 FINAL

 

Page 13: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

within the transition plan and ensure the transition occurs withoutinterruption to normal GEOFidelis operations. 

The Contractor shall develop, implement and test any new capabilities based onthe approved list of capabilities identified in the Final GEOFidelisPresentation Tier Transition Plan. The Task Order Manager (TOM) shall do prioracceptance of deliverable. The Contractor shall provide all transition supportrequired to reach the Initial Operating Capability (IOC) and the FullOperating Capability (FOC) in accordance with the Transition Plan. TheContractor will conduct all efforts of this task in the most efficient andeffective manner possible, utilizing automated tools whenever possible andappropriate.

The contractor shall develop training materials to provide users of theGEOFidelis Presentation Tier an orientation or “Getting Started” guide. TheGuide will cover at a minimum an introduction to the GEOFidelis Program, basicintroduction to the site and its capabilities, how to navigate the site, andhow to obtain further help. A draft training guide or other approved format(e.g. Word document, Web Based Learning, PDF) will be delivered for comment.The final training guide will be delivered after incorporation of comments,but no later than 10 days after receipt of comments.

The contractor shall develop a Presentation Tier Governance Plan to define indetail the business rules for managing the site and its content. Draft forcomment should be in great detail, with the final copy incorporating revisedcomments.

The Contractor shall develop a GEOFidelis Help Desk Operations Manualoutlining the technical and operational support requirement to support thesingle GEOFidelis Presentation Tier. The Contractor will outline how toclassify all requests to the help desk as software error reports (SER) orsoftware change requests (SCR) based on the nature of the request. Thedocument will outline service level agreements (SLA) related to response timesbased on the severity of the SER issue. The Help Desk Operations Manual willoutline the information captured for all help desk requests to include, at aminimum, the requestor, originating installation, problem description, problemresolution, status, and time spent resolving the call.  

The Contractor will develop a Contingency of Operation Plan , based onindustry standard contingency planning, to ensure that the single GEOFidelisPresentation Tier has a plan and procedures for continued operation in case ofan interruption of service caused by a natural or man-made disaster. The planshould include disaster recovery procedures to ensure critical data ispreserved and maintained in a secure and safe environment. The Contractorshall update current documented procedures concerning contingency planning,continuity of operations and disaster recovery for the GEOFidelis PresentationTier systems, programs and hardware. 

The Contractor shall establish a GEOFidelis web services registry as outlinedin the GEOFidelis Enterprise Architecture in accordance with the POA&Mestablished by the GEOFidelis Presentation Tier Transition Plan. The registrywill become the authoritative source for GEOFidelis data, map, metadatasearch, and geoprocessing services for use by approved consumers.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 11 of 41 FINAL

 

Page 14: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

The Contractor shall provide updates on the progress of this task execution inthe Monthly Status Report. The Contractor will also meet with Governmentrepresentatives at least twice a month, or as is considered necessary, todiscuss task progress, work performed, review preliminary results or vet anychallenges the Contractor may encounter gathering information which requiregovernment assistance to resolve. Contractor shall provide a meeting summaryreport for each meeting, no later than five days after each meeting that, at aminimum, includes the topics discussed, decisions made, and action items.

Deliverables:

Contingency of Operation Plan: Develop a Contingency of Operation Plan for theGEOFidelis Presentation Tier; providing specific requirements for a recoveryfrom a disruptive event or emergency. The Contingency of Operation Plan shallcomply and adhere to existing DoD instruction, including Federal InformationSecurity Management Act (FISMA), DISA Contingency and Contingency of OperationPlans, and NIST SP 800-34 and/or any other guidance as directed by the GIO orthe GIO’s designated representative.

Training Guide: Develop an orientation training guide for users in the use ofthe GEOFidelis Presentation Tier.

Governance Plan: Develop a Governance Plan, defining the business rules forthe management of the GEOFidelis Presentation Tier and its content.

Help Desk Manual: Develop a help desk manual for the GEOFidelis PresentationTier; outlining the technical and operational support requirement to supportthe single GEOFidelis Presentation Tier. 

GEOFidelis Web Services Registry: Provide a web services registry capabilityas outlined in the GEOFidelis Enterprise Architecture.

 

GEOFidelis Presentation Tier IOC: Provide an initial operating capability ofthe single presentation tier within the timeframe outlined in the approvedFinal GEOFidelis Presentation Tier Transition Plan. IOC shall adhere to allexisting DoD, DON and Marine Corps information assurance and informationtechnology (IT) instruction and guidance. 

 

GEOFidelis Presentation Tier FOC: Provide a final operating capability of thesingle presentation tier within the timeframe outlined in the approved FinalGEOFidelis Presentation Tier Transition Plan. IOC shall adhere to all existingDoD, DON and Marine Corps information assurance and information technology(IT) instruction and guidance and/or any other guidance as directed by the GIOor the GIO’s designated representative. 

3.4 Task 4 – GEOFidelis Presentation Tier Operation and Maintenance Support

(Option Year One through Four)

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 12 of 41 FINAL

 

Page 15: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

The Contractor shall provide operations and maintenance support for theGEOFidelis Presentation Tier hardware, system software, application, anddatabase software. For purposes of this PWS, the GEOFidelis Presentation Tierwill also include support and requirements for the Installation Statistics,Analytics, and Reporting (iSTAR) system. All operations and maintenanceactivity shall be documented in the Monthly Status Report.

 The Contractor shall operate and maintain the GEOFidelis Presentation Tier’sproduction and stage environments that will be housed within the DISA. DISAwill provide the web hosting, and technical support of a Data Center. DISAwill provide the Contractor with access to GEOFidelis Presentation Tier’ssystems via secure connection for systems operation and maintenanceactivities. DISA will also provide internet connectivity using industrystandard security requirements, SQL*Server database administration, backup andrecovery of all servers, and system and user security (both physical anddata). The Contractor shall provide all other operations, maintenance,technical systems administration and management services for the productionand stage database requirement not specifically stated otherwise. TheContractor shall adhere to a minimum system availability of 99%. 

The Contractor shall establish, operate and maintain a site to host thedevelopment and test environments of the GEOFidelis Presentation Tier. Thisincludes, but is not limited to, hosting systems development and testenvironments via internet connectivity using industry standard securityrequirements, operation of Contractor furnished hardware, networkadministration, SQL Server database administration, ArcSDE geodatabaseadministration, backup and recovery of all servers, and system and usersecurity (both physical and data). The Contractor shall provide hardwaremaintenance for the development and testing of site servers and any otherhardware equipment located at the development and test site. The Contractorshall ensure that the GEOFidelis Presentation Tier systems are Public KeyInfrastructure (PKI) Enabled in accordance with DoD Instruction 8520.2implementation guidance and/or any other guidance as directed by the GIO orthe GIO’s designated representative.

The Contractor shall operate a Help Desk to provide technical and operationssupport for the GEOFidelis Presentation Tier systems end users in accordancewith the service level agreements (SLA) in the GEOFidelis Presentation TierHelp Desk Operation manual developed as part of Task 3 in paragraph 3.3.  Help desk operations shall be established to support the GEOFidelis usercommunity between the hours of 7:00 am to 9:00 pm Eastern Standard Time (orEastern Daylight Time, as appropriate), at a minimum, on all standardGovernment workdays. The Contractor shall provide an “after hours” call backcapability to support users in Japan. The Contractor shall provide anautomated call tracking capability to record and track the status of all helpdesk calls. The Contractor shall provide operational and technical expertiseto diagnose and resolve problems reported through the help desk. TheContractor will classify all requests to the help desk as a software errorreport (SER) and/or a software change request (SCR) based on the nature of therequest in accordance with the GEOFidelis Presentation Tier Help DeskOperations Manual.  The Contractor shall provide a summary report of all helpdesk activity related to software errors indicating requestor, originatinginstallation, problem description, problem resolution, status, and time spentresolving the call. Software change requests reported to the help desk will be

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 13 of 41 FINAL

 

Page 16: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

classified as such and handled in accordance with Task 8, ConfigurationManagement, as described in paragraph 3.8 below.

The Contractor will ensure that all environments for the GEOFidelisPresentation Tier adhere to the contingency procedures outlined in theapproved Contingency Of Operation Plan from Task 3, paragraph 3.3. 

The Contractor shall provide technical, administrative support and releasemanagement for all GEOFidelis Presentation Tier system software maintenance. Application software maintenance includes the analysis, design, coding,testing, and documentation of software errors and corrections to the existingapplication software. System software maintenance shall include technicalsupport and update rights for all commercial software used under theGEOFidelis Presentation Tier umbrella. The Contractor shall perform releasemanagement. Release management includes the analysis, distribution, tracking,and support of software and application upgrades to the underlying GEOFidelisPresentation Tier COTS programs. The Contractor shall analyze all newreleases, test them in the test environment, and recommend whether or not torelease the upgrade to the sites. New releases of the application softwareshall be provided, as required, to correct errors, implement changes orenhancements, or provide new modules.

The Contractor shall maintain all GEOFidelis Enterprise Capability web and mapservices, and interfaces as part of the GEOFidelis web services registry. These include interfaces to the internet Naval Facilities Assets Data Store(iNFADS), USMCmax, the Facilities Data Warehouse, FI Website and otherInstallation and Environment authoritative data sources.

The Contractor shall maintain the GEOFidelis Enterprise Geodatabase repositorywhich provides the geospatial data component of the Presentation Tiercapability. The Contractor shall also maintain the SharePoint component andrelated non-spatial data of the Presentation Tier.

The Contractor shall maintain a master library of all systems documentationincluding vendor manuals, source codes and all developed materials, data,items, and documentation. Documentation shall be continually updated inconjunction with related project activities.  Updates to vendor documentationshall also be maintained.   

The Contractor shall provide monthly maintenance summary reports in theMonthly Status Report detailing current and ongoing task status, and issuesrequiring resolution. The Contractor shall document any problems or issuesencountered at the development site and all software errors reported for thatmonth. 

Deliverables:

GEOFidelis Presentation Tier Operations and Maintenance: Provide Operationsand Maintenance for the GEOFidelis Presentation Tier in accordance withstandard industry processes. This includes maintaining the GEOFidelisSharePoint Portal, spatial and non-spatial databases, Web Registry and all weband map services that are part of the GEOFidelis Presentation Tier.  Update

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 14 of 41 FINAL

 

Page 17: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

required GEOFidelis Presentation Tier system documentation, as required.GEOFidelis Presentation Tier systems operations and maintenance shall beprovided in compliance with DoD instruction, including annual procurement,information assurance, FISMA, and DITPR-DON requirements and/or any otherguidance or requirement as directed by the GIO or the GIO’s designatedrepresentative.

Help Desk Operations and Support: Provide Help Desk operation and support forthe GEOFidelis Presentation Tier.

Inventory Report: Contractor will provide a quarterly inventory reportdetailing all Government Furnish Equipment (GFE) and Software (GFS). Thereport should include the equipment (serial number, model), quantity, vendor,location, and software.

Systems Documentation Master Library: The Contractor shall maintain the masterlibrary of systems documentation, which shall be updated as required. Allsystems documentation will be provided to the Government upon request, and/orno later than 30 days after the termination of this Contract.

3.5 Task 5 – GEOFidelis Production Tier Transition Planning (Option Year

One - Initial Three Months)

The Contractor shall develop a comprehensive GEOFidelis Production TierTransition Plan to outline the detailed steps, procedures, and timelinenecessary to transition from the current state of multiple, disparateproduction environments to the desired end state of one consolidatedproduction capability. The objective is to outline the optimal approach forthe transition, covering all aspects of the project. The final transition planwill serve as the blueprint for the implementation phase.

The plan must be defensible and must outline the most efficient and timelyapproach to achieving a single GEOFidelis Production Tier environment. Certainconstraints such as cost, hosting facility service levels and constraints, andchoice of software platforms and versions shall be factored into the Plan.

The Contractor shall deliver a Draft GEOFidelis Production Tier TransitionPlan within 60 days of the exercising of option year one. The draft planshould be suitable for delivery to an Executive/Flag Officer, and it shall bein both Microsoft Word and Adobe PDF formats, and it shall include, at aminimum, the following:

·          A catalogue of existing software and capabilities among the fourenvironments to include: software inventory; capability or tool name and wherelocated; functionality description; a “custom” or “out-of- the-box”designator; and an indication whether updates or modifications are underway orplanned.  Some of this information may be gathered by browsing the sites whileother information must be obtained from point(s) of contact at the foursites. 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 15 of 41 FINAL

 

Page 18: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

·          An evaluation matrix which outlines criteria and means to assess thecatalogue developed in the previous step. The matrix should assess for eachcurrent capability the following at a minimum: should a “best of breed”solution for duplicative capabilities be transitioned; should a new andimproved version of an existing capability be developed to render it usable bymore installations; should a capability be retired; should a capability bemoved to another system or platform. 

·          A comprehensive list of a single Production Tier Software andCapabilities. Once the evaluation matrix is complete in the previous step, theContractor will assist the Government in applying the evaluation criteria tothe catalogue of software and capabilities to produce a list of software andcapabilities which will transition to the single Production Tier.

·          A list of system or software upgrades necessary or recommended (if any)for optimal deployment of the complete capabilities list developed in theprevious step. For example, the existing multiple production tiers currentlyutilize ESRI’s ArcGIS 9.3.1 suite of desktop products including extensionssuch as PLTS, Spatial Analyst, Network Analyst, and 3D Analyst. The upgradelist should document whether a higher version should be deployed on the singleproduction tier if known to be necessary or more efficient in order to achievea given capability.   

·          A comprehensive timeline (POA&M) for transition to the single productiontier utilizing a phased approach. At least two phases should be included, anInitial Operating Capability (IOC) and Final Operating Capability (FOC). Thetimeline should address which capabilities will be deployed at each stage,time necessary to complete Information Assurance requirements, and indicatesunset milestones for the four existing environments.

·          All other topics or issues deemed relevant and necessary to address aspart of a defensible, optimal, and efficient Transition Plan.

The Contractor shall provide a Final GEOFidelis Production Tier TransitionPlan within 90 days of the exercising of option year one. The Final TransitionPlan should be suitable for delivery to an Executive/Flag Officer, it shall bein both Microsoft Word and Adobe PDF formats, and it shall include, at aminimum, all the items in the Draft Transition Plan and address andincorporate all of the Government’s comments.

The Contractor shall develop a Concept of Operations (CONOPS) for the SingleProduction Tier to define the operational aspects of deployment and managementover time. The CONOPS should address at a minimum the roles and permissionsHQMC, regions, and installations will have in the management of data, databaseschema, and other content and capabilities of the Single Production Tier. TheDraft and Final CONOPS shall be suitable for delivery to an Executive/FlagOfficer, and it shall be in both Microsoft Word and Adobe PDF formats. TheFinal Concept of Operations shall be delivered within 90 days of theexercising of Option Year One and it shall incorporate all of the Government’scomments on the draft.

The Contractor shall provide updates on the progress of this task execution inthe Monthly Status Report. The Contractor will also meet with Governmentrepresentatives at least twice a month, or as is considered necessary, todiscuss task progress, work performed, review preliminary results or vet anychallenges the Contractor may encounter gathering information which require

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 16 of 41 FINAL

 

Page 19: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

government assistance to resolve. Contractor shall provide a meeting summaryreport for each meeting, no later than five days after each meeting that, at aminimum, includes the topics discussed, decisions made, and action items.

Deliverables:

Draft GEOFidelis Production Tier Transition Plan: Provide a draft transitionplan for the consolidation of existing production tier nodes into a singlenode. The draft plan should be suitable for delivery to an Executive/FlagOfficer, it shall be in both Microsoft Word and Adobe PDF formats, and itshall comply and adhere to the guidance provided by the GEOFidelis EnterpriseArchitecture, MCO 11000.25 and existing DoD, Don and Marine Corps informationtechnology (IT) instruction and guidance, and/or any other guidance asdirected by the GIO or the GIO’s designated representative.

Final GEOFidelis Production Tier Transition Plan: Provide a final transitionplan for the consolidation of existing presentation tier nodes into a singlenode. The draft plan should be suitable for delivery to an Executive/FlagOfficer, it shall be in both Microsoft Word and Adobe PDF formats, and itshall incorporate and address Government comments concerning the draft planand adhere to the guidance provided by the GEOFidelis Enterprise Architecture,MCO 11000.25 and existing DoD, Don and Marine Corps information technology(IT) instruction and guidance, and/or any other guidance as directed by theGIO or the GIO’s designated representative.

Draft CONOPS: Provide a draft Concept of Operations for the Single ProductionTier. The draft should be suitable for delivery to an Executive/Flag Officer,it shall be in both Microsoft Word and Adobe PDF formats, and it shall complyand adhere to the guidance provided by the GEOFidelis Enterprise Architecture,MCO 11000.25 and existing DoD, DoN and Marine Corps information technology(IT) instruction and guidance and/or any other guidance as directed by the GIOor the GIO’s designated representative. 

Final CONOPS: Provide a final Concept of Operations for the Single ProductionTier suitable for delivery to an Executive/Flag Officer, it shall be inMicrosoft Word and Adobe PDF formats, it shall incorporate and addressGovernment comments concerning the draft CONOPS, and it shall comply andadhere to the guidance provided by the GEOFidelis Enterprise Architecture, MCO11000.25 and existing DoD, DoN and Marine Corps information technology (IT)instruction and guidance, and/or any other guidance as directed by the GIO orthe GIO’s designated representative. 

3.6 Task 6 – GEOFidelis Production Tier Transition Support (Option Year

One – Final Nine Months)

The Contractor shall transition the current multiple GEOFidelis productiontier environments into a single production tier in accordance with the approveFinal GEOFidelis Production Tier Transition Plan from Task 5, paragraph 3.5.The Contract shall adhere to all requirements and POA&Ms within the transitionplan. 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 17 of 41 FINAL

 

Page 20: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

The Contractor shall develop and implement any new capabilities required basedon the approved list of capabilities identified in the Final GEOFidelisProduction Tier Transition Plan. The Contractor shall provide all transitionsupport required to reach the Initial Operating Capability (IOC) and the FullOperating Capability (FOC) in accordance with the Transition Plan. TheContractor will conduct all efforts of this task in the most efficient andeffective manner possible, utilizing automated tools whenever possible andappropriate.

The contractor shall develop training materials to provide users of theGEOFidelis Production Tier an orientation or “Getting Started” guide. TheGuide will cover at a minimum an introduction to the GEOFidelis Productionenvironment, its capabilities, its software and database configuration, andhow to obtain further help. A draft training guide or other approved format(e.g. Word document and eLearning) will be delivered for comment. A finaltraining guide will be delivered after incorporation of comments.

The Contractor shall develop a Production Tier Governance Plan to define indetail the business rules for managing the environment, databases, andgeodatabases. Draft for comment should be in great detail, and then the finalshould incorporate revisions and comments.

The Contractor shall update the GEOFidelis Help Desk Operations Manual toincorporate any technical and operational support required to support theGEOFidelis Production Tier. 

The Contractor will update the Contingency of Operation Plan, developed aspart of Task 3, to ensure that all environments for the GEOFidelis ProductionTier have the plan and procedures for continued operation in case of aninterruption of service caused by a natural or man-made disaster. The updateshould include disaster recovery procedures to ensure critical data ispreserved and maintained in a secure environment and provide for a localcontingency option at each installation.

The Contractor shall provide updates on the progress of this task execution inthe Monthly Status Report. The Contractor will also meet with Governmentrepresentatives at least twice a month, or as is considered necessary, todiscuss task progress, work performed, review preliminary results or vet anychallenges the contractor may encounter gathering information which requiregovernment assistance to resolve. Contractor shall provide a meeting summaryreport for each meeting, no later than five days after each meeting that, at aminimum, includes the topics discussed, decisions made, and action items.

Deliverables:

Updated Contingency of Operation Plan: Provide an updated Contingency ofOperation Plan, developed under Task 3, which includes all contingencyplanning requirements for the GEOFidelis Production Tier.

Updated Help Desk Manual: Provide an updated Help Desk Manual to include anychanges required to support the GEOFidelis Production Tier.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 18 of 41 FINAL

 

Page 21: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

GEOFidelis Production Tier IOC: Provide an initial operating capability of thesingle production tier within the timeframe outlined in the approved FinalGEOFidelis Production Tier Transition Plan. IOC shall comply and adhere to allexisting DoD, DON and Marine Corps information assurance and informationtechnology (IT) instruction and guidance and/or any other guidance as directedby the GIO or the GIO’s designated representative. 

GEOFidelis Production Tier FOC: Provide a final operating capability of thesingle production tier within the timeframe outlined in the approved FinalGEOFidelis Production Tier Transition Plan. IOC shall comply and adhere to allexisting DoD, DON and Marine Corps information assurance and informationtechnology (IT) instruction and guidance and/or any other guidance as directedby the GIO or the GIO’s designated representative.

Training Guide: Develop an orientation training guide for users that providestraining in the use of the GEOFidelis Production Tier.

Governance Plan: Develop a Governance Plan, defining the business rules forthe management of the GEOFidelis Production Tier and its content.

3.7 Task 7 – GEOFidelis Production Tier Operation and Maintenance Support

(Option Year Two through Four)

The Contractor shall provide operations and maintenance support for GEOFidelisProduction Tier hardware, system software, and application software. Alloperations and maintenance activity shall be documented in the Monthly StatusReport.

The Contractor shall operate and maintain the GEOFidelis Production Tier’sproduction and staging environments to be housed within the DISA facility atMechanicsburg, PA. DISA will provide the Contractor access to the GEOFidelisProduction Tier via secure connection for operation and maintenanceactivities. The Contractor shall provide all other operation and maintenancefor the production and training database requirement not specifically statedotherwise. The Contractor shall establish and operate an environment to hostthe GEOFidelis Production Tier’s development and test environment and provide

all support required to operate and maintain those environments. TheContractor shall provide hardware maintenance for GEOFidelis Production Tier’sdevelopment and testing site servers, databases, geodatabases, and any otherhardware equipment located at the development and test site. The Contractorshall provide technical and operations support for the GEOFidelis ProductionTier end users utilizing the Help Desk Manual updated in Task 6, paragraph3.6. The Contractor will ensure that the GEOFidelis Production Tier compliesand adheres to the contingency procedures outlined in the updated Contingencyof Operation Plan from Task 6, paragraph 3.6. The Contractor shall providetechnical, administrative support and release management for all GEOFidelisProduction Tier system software maintenance. The Contractor shall maintain allGEOFidelis Production Tier interfaces and a master library of all GEOFidelisProduction Tier documentation, materials and items.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 19 of 41 FINAL

 

Page 22: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

Deliverables:

GEOFidelis Production Tier Operations and Maintenance: Provide Operations andMaintenance for GEOFidelis Production Tier according to standard industryprocesses. This includes updating required GEOFidelis Production Tier systemdocumentation. GEOFidelis Production Tier operations and maintenance shall beprovided in compliance with DoD instruction, including annual procurement,information assurance, FISMA, and DITPR-DON requirements and/or any otherinstructions, requirements, and/or guidance as directed by the GIO or theGIO’s designated representative.

Help Desk Operations and Support: Provide Help Desk operation and support forthe GEOFidelis Production Tier.

Inventory Report: Contractor will provide a quarterly inventory reportdetailing all Government Furnish Equipment (GFE) and Software (GFS). Thereport should include the equipment (serial number, model), quantity, vendor,location, and software.

Systems Documentation Master Library: The Contractor shall maintain themastery library of all systems documentation including vendor manuals, sourcecodes and all developed materials, data, items, and documentation.Documentation shall be continually updated in conjunction with related projectactivities.   All systems documentation will be provided to the Governmentupon request, but no later than 30 days after the contract’s end ofperformance.

3.8 Task 8 – GEOFidelis Configuration Management (Base Year and All Option

   Years)

The Contractor shall provide a configuration management process for theGEOFidelis Presentation Tier, Production Tier and iSTAR system software changerequests and software customization support as directed by the Marine CorpsInstallation and Environmental (I&E) governance and configuration managementprocess and any other guidance as directed by the GIO or the GIO’s designatedrepresentative.

The Contractor shall provide configuration management of all software anddocumentation comprising the GEOFidelis Presentation Tier, Production Tier andiSTAR, and shall maintain a database for tracking individual configurationitems, such as software change requests, and other items as directed by theGIO or the GIO’s designated representative.  The system(s) shall allowdesignated Marine Corps personnel to initiate software change requests orconfiguration management issues via the internet, via email or by calling thehelp desk. The Contractor shall review each software change request andconfiguration management issue and provide the COR a recommended course ofaction to be presented to the appropriate governance or configuration controlboard. The report shall be provided as part of the Software Change RequestReport. The Contractor shall develop and maintain a Configuration ManagementPlan (CMP) to document configuration management procedures as well as specific

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 20 of 41 FINAL

 

Page 23: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

functions and processes implemented as a result of this task. 

The Contractor shall provide administrative and technical support as part ofthe Marines Corps I&E governance process in assessing which software changerequests will be incorporated as part of the standard GEOFidelis PresentationTier, Production Tier and/or iSTAR system. 

The contractor shall provide the equivalent of one man-year full timeequivalent (FTE) support to design and develop new software enhancements forGEOFidelis Presentation Tier, Production Tier and iSTAR based on Marine Corpsbusiness needs. The Contractor shall provide system development services byplanning and analyzing requirements, designing system configurations, writingapplication code, conducting integration tests, writing documentation andtraining personnel to provide an effective, efficient, technical solution. TheContractor shall adhere to industry standard software engineering approaches,and institute an integrated quality assurance process. The contractor shalldevelop software using approved application languages as required. Allapplication code, charts, documentation, state diagrams, UML, flow charts, usecases, and instructions will be evaluated on timeliness, accuracy,thoroughness, professional appearance, appropriateness of content, andcompliance with established standards.

Deliverables:

Configuration Management Plan (CMP)–Develop and maintain a CMP in accordancewith the requirements outlined in Task 8 - paragraph 3.8. The CMP shouldfollow established industry standards and protocols for configurationmanagement. The CMP will be delivered within 20 business days of exercise ofOption Year One.

Software Change Request (SCR) Report - A report of all SCRs and their statusas of the end of the month.  Report will be due the 15th of each month.

Software Requirements Specification (SRS) - Contractor will maintain anddeliver on a semi-annual basis, an SRS for all systems under this PWS.

System Development Services – Contractor will plan and analyze requirements,design system configurations, write application code, conduct integrationtests, write documentation and train personnel to provide an effective,efficient, technical solution.

Custom Software Tools and Documentation - Provide custom software tools anddocumentation developed for the GEOFidelis Production Tier system and iSTAR toinclude analytical tools and web-enabled applications within 10 business daysto the GIO of each implemented software tool or enhancement. Application code,charts, documentation, state diagrams, UML, flow charts, use cases, andinstructions will be evaluated on timeliness, accuracy, thoroughness,professional appearance, appropriateness of content, and compliance withestablished standards.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 21 of 41 FINAL

 

Page 24: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

3.9 Optional Task - Major Upgrade of GEOFidelis System Software

The contractor shall identify necessary requirements for a major versionupgrade and configure hardware and software for the modernization/upgrade ofthe GEOFidelis system software. The Contractor shall analyze requirements andupdate integrated IT support plans such as configuration management andquality assurance. The Contractor shall provide system development services byanalyzing requirements, designing system configurations, writing applicationcode, conducting integration tests, writing documentation and trainingpersonnel to provide an effective, efficient, technical solution. Thecontractor shall upgrade software using approved application languages asrequired.

System documentation shall be configured to accurately reflect thehardware/software system upgrade/modernization. The contractor shall identifyand propose product upgrades (technical refreshments) for infrastructure,software products and network components to better serve the clients. Based onthe client's needs, the contractor shall provide staff and resources necessaryto design and implement IT systems and support.

Deliverables:

GEOFidelis Environment Upgrade Requirements Documentation - The documentationwill identify the system requirements for upgrade/modernization and outlinegoals, steps, and timelines to execute and rollout major upgrade of GEOFidelisPresentation and Production environments.

GEOFidelis Upgrade Requirements Report – The report shall identify thevalidation of the upgraded system requirements.

4.0 PERFORMANCE STANDARDS AND WORKLOAD SUMMARY

 

4.1 Performance Requirements Summary

The Quality Assurance Surveillance Plan (QASP) provides a quality assurancesurveillance strategy for monitoring the GEOFidelis. The QASP establishes theperformance standards, method of surveillance, and incentives for each majorarea of the PWS. It provides the Quality Assurance Evaluator (QAE) and the CORa systematic approach for conducting contract surveillance to insure thestandards of the contract are met. The Contractor shall satisfy allperformance standards within the acceptable quality levels in the QASP and isincorporated as part of the contract (see Attached QASP). 

The performance standards for this PWS are stated in the PerformanceRequirements Summary (PRS) below.

Performance

Objective

Performance Standards Acceptable

Quality Level

Method of

Surveillance

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 22 of 41 FINAL

 

Page 25: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

Project Management,Project Planningand Analysis,paragraph 3.1

Provide all required deliverabledocuments in a timely, accurateand professional manner.

 

Provide updated informationassurance and certificationdocumentation required by anysystem architecture change.

100%

 

 

 

Within 30 daysof any softwarearchitecturechange

100% inspection ofall deliverables

 

 

100% inspection

GEOFidelisPresentation andProduction TierTransitionPlanning, paragraph3.2 and paragraph3.5

Provide transition planning forthe GEOFidelis Presentation andProduction Tier

Adequate planbased onindustrystandards

100% inspectionand demonstration

GEOFidelisPresentation andProduction TierTransition Support,paragraph 3.3 and3.6

Provide transition support inaccordance with industrystandards and practices.

 

Adequate and trained personnelto develop, configure, test anddeploy all system components.

100% based onuser acceptancetesting

100% inspectionand demonstration

 

 

 

100% inspectionGEOFidelisPresentation andProduction TierOperations andMaintenance,paragraph 3.4 and3.7

Provide system operations andmaintenance in accordanceindustry standards andpractices. 

 

Adequate and trained personnelto maintain the system

 

Provide help desk operationsbetween the hours of 7:00 am and9:00 pm EST (EDT, asappropriate).

 

 

Provide contingency planning forthe GEOFidelis Presentation Tier

 

 

 

Provide automated call trackingcapability for all help deskcalls.

 

Perform software error reportresolution in accordance with

Systemavailability is> 99%

 

100%

 

 

100%

 

 

 

 

Adequate planbased onindustrystandards.

 

100%

 

 

Meets resolutiontime 95% or more

Monthly StatusReport

 

 

100% inspection

 

 

Performancemetrics reporting

 

 

 

Contingency Plan

 

 

 

 

Random

 

 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 23 of 41 FINAL

 

Page 26: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

the service level agreementsoutlined in the GEOFidelisPresentation/Production TierHelp Desk Operations Manual.

Monthly Help DeskReport and randomsampling

GEOFidelisConfigurationManagement,paragraph 3.8

Perform configurationmanagement.

 

 

Track software change requestsand provide monthly report.

 

 

Provide fully operationalsoftware customizations based onCOR and CCB priorities.

100%

 

 

100%

 

 

 

All knownsoftware defectsfrom testing aremitigated priorto release.

Random

 

 

Software ChangeRequest Report andrandom sampling

 

100% inspectionand customersatisfactionmeasured via helpdesk reports

4.2   Workload Summary

In order to determine level of effort, the GEOFidelis EnterpriseArchitecture, dated September 2010, and the GEOFidelisPresentation Tier Design Study Documents, dated January 2011, areprovided as part of this PWS.  In addition, the iSTAR systems currentlyconsists of 2 Windows 2003 Virtual servers, however, moving forward these willmost likely be hosted on Windows 2008 physical servers to support DISArequirements and anticipated production capacity. The application and databaseservers include government furnished software (ArcGIS 9.3.1, ArcSDE 9.3.1,ArcGIS Desktop 9.3.1, Microsoft's .Net Framework 3.5 Sp1, and Microsoft SQLServer 2008 R2) 

Task 1 - Project Management, Project Planning and Analysis. Based on pasthistory, the annual effort required to support this task was asfollows:                        

      Program Management            1 FTE

      Information Assurance         1 FTE

      Administrative                .25 FTE

 

Due to the complexity of these systems and the information assurance andsystem operations requirements, it is anticipated that this effort will beconsistent throughout the option years with the exception of InformationAssurance. Information Assurance requirements are estimated to be .5 FTEstarting in Option Year 2 after all transitions have been completed.

Task 2 – GEOFidelis Presentation Tier Transition Planning. This is a newtask.  No historical workload summary is available for this task.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 24 of 41 FINAL

 

Page 27: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

Task 3 – GEOFidelis Presentation Tier Transition Support. This is a new task. No historical workload summary is available for this task.

Task 4 – GEOFidelis Presentation Tier Operations and Maintenance Support.  TheGEOFidelis Presentation Systems have an unknown number of total users acrossthe multiple current environments. The estimated transaction rate anticipatedfor the Single Presentation Tier once deployed is 1000 draws per minute.

Task 5 - GEOFidelis Production Tier Transition Planning. This is a new task. No historical workload summary is available for this task.

Task 6 – GEOFidelis Production Tier Transition Support. This is a new task. No historical workload summary is available for this task.

Task 7 – GEOFidelis Production Tier Operations and Maintenance Support.

The Production Systems support an approximate user base of 500 though amaximum concurrent user number is not possible to estimate. This is due to thecurrent configuration of multiple production environments at four sites invarious geographic locations and time zones.

Task 8 – GEOFidelis Configuration Management. The nature of softwarecustomization cannot be fully identified as this time; the level of effort forthis task will not exceed more than 1.5 FTE man-years.

Optional Task – Major Upgrade of GEOFidelis System Software. This is a new

task. No historical workload summary is available for this task.

5.0 DELIVERABLES

 5.1 All products delivered under this statement of work will conform tocurrent DoD, Department of Navy (DON) and USMC standards and guidelines. TheUSMC will maintain full data rights to all products and deliverables (seeparagraphs 5.4, 5.5.1-5.5.3, 10.5, 10.6, and other relevantparagraphs/sections herein).

 5.2 The Contractor shall submit deliverable reports in both hard copy andelectronic format via Microsoft Word and Adobe PDF formats. The Media for thedeliverables will be a hard copy, and an electronic/digital copy on magneticmedia a Compact Disk (CD), DVD or other storage device or on other media asspecified in the PWS or by direction of the Contracting Officer or the GIO.

The Contractor shall deliver a transmittal letter to the Government each timeit conveys a deliverable. The letter shall specify the deliverable(s) and thetask(s), of which it is a part, as specified in the SOW. The transmittalletter shall be delivered to:

 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 25 of 41 FINAL

 

Page 28: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

            Headquarters, United States Marine Corps

            Attn:  LFL-3 (Asset Utilization)

            3000 Marine Corps Pentagon

            Washington DC  20350-3000

 

5.3  Format and Content. In general, deliverables will be in the form of, butnot limited to, data models, publications, tools, reports, databases, andpresentation packages such as PowerPoint slides, computations with backupinformation, visual aids, and meeting minutes. At a minimum, reports shallcontain information in sufficient detail to ensure that a professionallyqualified third party can follow the logic of the report. When studies toidentify potential problem solutions are required, all data, analysis,recommendations and other report contents shall be sufficiently similar informat to allow for a direct comparison among the problem solution optionsunder consideration. Government review comments, if appropriate, shall beincorporated into the final deliverable in the form of revisions, deletions,additions and corrections.

5.4  Distribution of Deliverables.  No government furnished data, materials,or other items created or provided under this PWS shall be used by theContractor for any purpose not in support of, or required for the performanceunder, this PWS without the prior written permission of the ContractingOfficer. Moreover, the Contractor is obligated to protect from unauthorizeduse or disclosure all government confidential or classified material andgovernment owned proprietary data obtained in the course of performance ofservices under any government contract as long as such data remainsproprietary, confidential, or classified.  Contract personnel shall notpublish, divulge, disclose or make known this government furnished informationin any manner or to any extent not authorized by the Commanding General,Marine Corps Combat Development Center.  Moreover, the Contractor is obligatedto protect the government furnished information and all deliverables underthis PWS from unauthorized use and shall incorporate this paragraph in each ofits contracts/subcontracts associated with the goods and/or services providedunder this PWS.

5.5.1 Data, Software, and Intellectual Property.  All reports, materials(including, but not limited to, training materials, design and implementationmaterials, computer software and hardware, source code, interfaces, analyticaltools and web-enabled applications, charts, state diagrams, UML, flow charts,use cases, and instructions, tools, works) items, and information, and allintellectual property rights in or to such reports, materials, items, andinformation, in whatever form, created, generated, or produced under this PWSshall become the property of the Marine Corps; therefore, the Marine Corpsshall have the irrevocable right to use, modify, reproduce, and distributesuch reports, materials, items, and information in whole or in part, in anymanner, and for any purpose whatsoever, and to have or authorize others to doso.  Furthermore, the Contractor shall not use the Contractor's or a Third-Party's proprietary data, information, software, items and/or other materialsfor any purpose without the specific, written approval by the ContractingOfficer, prior to start of any work.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 26 of 41 FINAL

 

Page 29: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

5.5.2. License/Assignment of Inventions and Items. The Contractor shallprovide the U.S. Government with a nonexclusive, nontransferable, irrevocable,paid-up, license to practice, or have practiced by the U.S. Government, or foror on its behalf, throughout the world, an invention or discovery made duringthe performance of this PWS; and, as appropriate, an assignment or paid-up,nonexclusive and irrevocable worldwide license to use, modify, reproduce,perform, display, release, or disclose all Items created, generated, produced,and delivered under this PWS, in whole or in part, in any manner, and to haveor authorize others to do so, whether first produced under this or a previousU.S. Government Contract, and whether deemed by the Contractor to becommercial or non-commercial.

5.5.3. Reproduction Materials & End/Finished Products. The Marine Corpsdesires that all finished reports, materials, items, and information,and endproducts created, generated, produced, and delivered under this PWS shallbecome the property of the Government, subject to the allocation ofIntellectual Property and other Rights as expressed herein, and/or as modifiedin the Contract. This includes, but is not limited to, all software, sourcecode, interfaces, data models, publications, tools, reports, databases,presentation packages such as PowerPoint slides, training materials, analysesand computations with backup information, visual aids, meeting minutes andsupporting documentation, instructions, and administrative tools, includingbut not limited to all hard copy and electronic versions, produced by theContractor in the performance of this PWS. All materials, both hard copy andelectronic, shall be maintained by the Contractor during the course of thePWS/Contract, and shall be turned over to the Contracting Officer at theconclusion of each program year, or more often upon request by the ContractingOfficer.

 5.6 Delivery Schedule

Paragraph

Reference

Deliverable Due Date

3.1 Project Management Plan 30 days after contractaward” updated as neededthereafter

3.1 Monthly Status Report 15th of each month3.1 DIACAP Documentation Within 20 business days

of any change requiringupdated documentation

3.1 NMCI (or Similar) Certification orAccreditation

With 20 business days asrequired

3.2 Draft GEOFidelis Presentation Tier TransitionPlan

60 days after task award

3.2 Final GEOFidelis Presentation Tier TransitionPlan

90 day after task award

3.2 Draft Concept of Operations 60 days after task award3.2 Final Concept of Operations 90 day after task award3.2 Meeting Summary Report no later than 5 days

after each meeting3.3 Contingency of Operations Plan End of base year3.3 Training Guide End of base year3.3 Governance Plan End of base year3.3 Help Desk Manual End of base year3.3 GEOFidelis Web Services Registry End of base year3.3 GEOFidelis Presentation Tier IOC Per approved Transition

Plan

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 27 of 41 FINAL

 

Page 30: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

3.3 GEOFidelis Presentation Tier FOC Per approved TransitionPlan

3.4 GEOFidelis Presentation Tier Operations andMaintenance

On-going

3.4 Help Desk Operations and Support On-going3.4 Inventory Report Quarterly3.4 Systems Documentation Master Library On-going3.5 Draft GEOFidelis Production Tier Transition

Plan60 days after exerciseof option year one

3.5 Final GEOFidelis Production Tier TransitionPlan

90 days after exerciseof option year one

3.5 Draft Concept of Operations 60 days after exerciseof option year one

3.5 Final Concept of Operations 90 day after exercise ofoption year one

3.6 Updated Continuity of Operations Plan End of option year one3.6 Updated Help Desk Manual End of option year one3.6 GEOFidelis Production Tier IOC Per approved Transition

Plan3.6 GEOFidelis Production Tier FOC Per approved Transition

Plan3.6 Training Guide End of option year one3.6 Governance Plan End of option year one3.7 GEOFidelis Production Tier Operations and

MaintenanceOn-going

3.7 Help Desk Operations and Support On-going3.7 Inventory Report Quarterly3.7 Systems Documentation Master Library On-going3.8 Configuration Management Plan With 30 days of exercise

of Option Year One. Updated as required.

3.8 Software Change Request (SCR) Report 15th of each month3.8 Software Requirements Specifications Semi-annually3.8 Custom Software Tools, applications code and

DocumentationWithin 10 business days

3.8 System Development Services no later than 5 days3.9 GEOFidelis Environment Upgrade Requirements

DocumentationOptional

3.9 GEOFidelis Upgrade Requirements Report Optional

6.0 GOVERNMENT FURNISHED INFORMATION, SERVICES, AND EQUIPMENT

 6.1 The USMC shall provide the required software licenses of ArcGIS productline, SQL*Server, and other required software for the production and stageenvironments outlined in the PWS. At the completion of these tasks, allsoftware and customized computer code shall be surrendered to the USMC uponrequest but no later than 30 days of termination of contract. 

6.2 The USMC shall provide access to systems in DISA, at Mechanicsburg, PA forwork required in the PWS. 

6.3 Access to documents required in support of the execution of this statementof work. The USMC will make available all relevant financial managementpolicies, procedures, and regulations applicable to the GEOFidelis Programoperations and management. The USMC will make available all relevantGEOFidelis programmatic documentation such as the GEOFidelis EnterpriseArchitecture and GEOFidelis Presentation Tier Design Study. Due to the need toaccess and browse existing sites and tools, the contractor will require accessto the Marine Corps Network via a Common Access Card, and will require the useof a Marine Corps desktop at HQMC.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 28 of 41 FINAL

 

Page 31: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

7.0 TRAVEL

The Contractor shall be required to travel and visit CMC (LF), the DISA inMechanicsburg, PA and various Marine Corps installations. The Contractor willcoordinate travel arrangements with the Contracting Officer's Representative(COR). All travel must be approved, in writing, by the COR prior to any traveltaking place. Travel and travel reimbursements shall be conducted inaccordance with the Joint Travel Regulations.

8.0 POINTS OF CONTACT (POC)

The Task Order Manager (TOM) will be designated upon contract award.

9.0 MEETINGS AND REVIEWS

9.1   All meetings and reviews shall be held at either the COR’s office, theContractor’s office, or at any other mutually agreed upon by the COR and theContractor. 

9.2 The Contractor shall conduct and attend meetings required for theaccomplishment of this task order. Meetings shall include those required forinformation gathering from Marine Corps installations, briefings to CMC (LF)and activity commands, and with other support Contractors. Upon request, theContractor shall prepare and present oral briefings on progress of work,unique or interesting technical findings, results of research, andpresentation of draft conclusions or reports. The Contractor shall providemeeting minutes of all meetings attended. These minutes shall include allparticipants and a summary of all relevant actions and/or recommendations. The minutes shall be provided to the COR in Microsoft Word and Adobe PDFformat in soft copy (i.e., email).

10.0    GUIDANCE AND OTHER INFORMATION

10.1 Security Requirements - All tasks will be conducted in full compliancewith DoD security regulations. Personnel shall have or be able to obtain at aminimum, an interim secret security clearance within 6 months, with thecontractor providing a completed DD Form 254 (DoD Contract SecurityClassification Specification) to the Security Office at HQMC LS. The DD-254will be provided and incorporated into the contract upon award. 

Select contractors may be required to access a DISA DECC facility and/ornetwork to support the maintenance of the GEOFidelis system; these selectcontractors will require a Secret level clearance, with the contractorproviding a completed DD Form 254 (DoD Contract Security ClassificationSpecification) to the security Office at HQMC LS.

10.2 The contractor(s) shall be required to wear a contractor identificationbadge at all times while on government property. Contractor shall submit acompleted "Conflict of Interest and Non-Disclosure Statement" form for every

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 29 of 41 FINAL

 

Page 32: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

employee working on the task and appropriate corporate officer on behalf ofthe corporation. The contractor will not release any information concerningthe project to the public without written authorization from the Government.

10.3 Access to US military sites and installations is a privilege that may begranted, denied, or withdrawn at any time. Denial or withdrawal may occur as aresult of any type of misconduct or incident determined contrary to the bestinterest of the Marine Corps mission and security, protection of property,welfare of personnel and for any other infraction determined justifiable fordenying access. The contractor shall comply with the following:

a. No employee or representative of the contractor will be admitted on USmilitary sites or installations unless they furnish satisfactory proof ofUnited States citizenship or if an alien, that their residence and employmentwithin the United States is legal.

b. Contractor employees shall conduct themselves in a proper, efficient,courteous and businesslike manner. All personnel on-site must be fluent inspeaking and writing the English language. 

c. Contractor employees entering US military sites or installations shallcomply with all security requirements in effect during the contract periodsand shall be subject to such checks as may be deemed necessary. At a minimum,contractor should conduct a background check of all employees required toperform work on US military sites and installations. Access will be denied to:

1) Any individual who is illegally present in the United States.

2) Any individual who is subject to an outstanding criminal warrant.

3) Any individual whose employment questionnaire contains false or fraudulentInformation.

d. Keys must not be duplicated or transferred to another person, and lost orstolen keys must be immediately reported to the designated facility keycustodian or to the COR. Expenses for re-keying of a building or facilitybecause of lost keys by the Contractor will be the Contractor’sresponsibility. During duty hours, Contractor personnel shall keep doors tothe outside of facilities secured except the ones used by customers. Whensecuring facilities at the end of the duty day, Contractor personnel shallfollow established procedures.  

10.4 All contractor personnel attending meetings, answering Governmenttelephones, communication by email, working on site, where their contractorstatus is not known to third parties, must identify themselves as contractors,to include wearing ID badges, which identify them as contractor personnel.Unless otherwise directed by the COR, all documents produced or revised bycontractors or developed through contractor participation must be marked as"contractor generated documents" or otherwise identified in a manner thatdiscloses the contractor's participation.

10.5 Intellectual Property. All data produced as deliverables or developed as

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 30 of 41 FINAL

 

Page 33: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

by-products under this task order are Government property. The Governmentreserves the right to reproduce and distribute such data as it deemsnecessary. The contractor is responsible for ensuring compliance with allintellectual property, copyright and trademark laws and for the appropriatemarking of copyrighted and trademarked data incorporated into data anddeliverables produced under this task order, including obtaining permissionfor use and reproduction by the Government, as appropriate.  (Also, see,paragraphs 5.4, 5.5.1-5.5.3, 10.5, 10.6, and other relevantparagraphs/sections herein.)

10.6 All programming code, instructions, reports, studies, etc. created,generated, produced and/or developed during this project are the property ofthe Government, and may not be reused without the written permission of theGovernment. Likewise, presentation of this material developed during this tothe general public is prohibited without written permission of the Government.

 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 31 of 41 FINAL

 

Page 34: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION D PACKAGING AND MARKING

Packaging and marking shall be in accordance with Section D of Seaport Multiple Award IDIQ contract.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 32 of 41 FINAL

 

Page 35: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION E INSPECTION AND ACCEPTANCE

E-1.1 - The resulting task order shall designate a Task Order Manager (TOM) who shall perform inspections andfinal acceptance for the Government. In addition to the Contracting Officer, the TOM, to be identified in Section G,is the only person empowered to inspect and accept work under the resulting task order.

E-1.2 - Inspection and acceptance of all services shall be performed by the Government. Payment shall not be madeunder the resulting task order for services performed without formal acceptance by the TOM.

E-1.3 - All deliverable produced under the resulting task order shall meet applicable standards, quality acceptancecriteria, and will be accepted or rejected, in writing, by the TOM within twenty (20) days of receipt unless a differentperiod is specified in the task order.

E-1.4 - The TOM is accepting authority. Failure by the Government to give written notice within twenty (20) dayswill constitute acceptance by the Government. If rejected, the Government will list the task order deficiencies in aletter of rejection to the contractor.

E-1.5 - Task order deficiencies shall be corrected within a time period agreed upon between the TOM and theContractor. The deliverable will not be considered as having been accepted until such task order deficiencies havebeen corrected. Deficiencies in deliverables shall be corrected at no additional cost to the Government. If a timecannot be mutually agree upon between parties, the Contracting Officer reserves the right to unilaterally establish adate for delivery.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 33 of 41 FINAL

 

Page 36: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

5000AA 9/29/2011 - 9/30/2012

5001AA 9/29/2012 - 9/30/2013

5002AA 9/29/2013 - 9/30/2014

6000AA 9/29/2011 - 9/30/2012

6001AA 9/29/2011 - 9/30/2012

6002AA 9/29/2012 - 9/30/2013

6003AA 9/29/2012 - 9/30/2013

6004AA 9/29/2013 - 9/30/2014

6005AA 9/29/2013 - 9/30/2014

8002AA 9/29/2013 - 9/30/2014

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

5000AA 9/29/2011 - 9/28/2012

5001AA 9/29/2012 - 9/28/2013

5002AA 9/29/2013 - 9/28/2014

6000AA 9/29/2011 - 9/28/2012

6001AA 9/29/2011 - 9/28/2012

6002AA 9/29/2012 - 9/28/2013

6003AA 9/29/2012 - 9/28/2013

6004AA 9/29/2013 - 9/28/2014

6005AA 9/29/2013 - 9/28/2014

8002AA 9/29/2013 - 9/28/2014

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 34 of 41 FINAL

 

Page 37: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION G CONTRACT ADMINISTRATION DATA

USMC WIDE AREA WORKFLOW IMPLEMENTATION (AUG 2006)

 To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST(MAR 2008)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt andAcceptance (WAWF-RA) to electronically process vendor requests for payment. This applicationallows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. 

 The contractor is required to utilize this system when processing invoices and receiving reportsunder this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractorshall (i) ensure an Electronic Business Point of Contact is designated in Central ContractorRegistration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.milsite, within ten (10) calendar days after award of this contract or modification. Step by stepprocedures to register are available at the https://wawf.eb.mil site.

 The USMC WAWF-RA point of contact (POC) for this contract is  and can bereached at telephone number (703) 784-3397; email address

 The contractor is directed to use the 2-in-1 format when processing invoices and receiving reports(Choose the appropriate format based on the following: “Combo” is used for goods or anycombination of goods and services. “2-in-1” is used for services only contracts. “Cost Voucher” is usedfor all Cost-type contracts. In most cases these formats are different WAWF-RA document types.When this occurs, the Contracting Officer should replace “Combo,” “2-in-1,” or “Cost Voucher” withthe correct format in the designated space). 

 When entering the invoice into WAWF-RA, the contractor shall fill in the following DoDAAC fieldsor DoDAAC extensions: 

 

The Contracting Office provides the following to assist the contractor with entering data inWAWF-RA, as follows:

Contract Number N00178-04-D-402Delivery Order MUT 6Cage Code/Ext 17038Pay DoDAAC HQ0338

Issue Date SEPTEMBER 28,2011Issue By DoDAAC M00264

Admin By DoDAAC S2404A

Ship To Code/Ext M00088Ship From Code/Ext (Normally leave Blank)

LPO DoDAAC “Leave Blank” (Instruct the contractor to leave blank unless NavyPay Office. If so, insert  correct LPO DoDAAC)

Acceptor Email Address  517-256-2816

Inspect By DoDAAC/Ext “Leave Blank”  (Instruct the contractor to leave blank unlessinspected at Source-then the source inspection DoDAAC shouldbe entered which is normally a DCMA DoDAAC)

   

In some situations the WAWF-RA system will pre-populate the “Issue By DoDAAC”, “Admin By

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 35 of 41 FINAL

 

Page 38: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

DoDAAC” and “Pay DoDAAC”. Contractor shall verify those DoDAACs automatically entered by theWAWF-RA system match the above information. If these DoDAACs do not match, then the contractorshall correct the field(s) and notify the Contracting Officer of the discrepancy (ies). Step by stepWAWF-RA invoicing procedures for “Combo,” “2-in-1,” and “Cost Voucher” are available at the USMCpaperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under “Vendor Interface” section. Onthe Vendor Interface page click on “WAWF-RA” header at the top of the page. Under downloads onthe WAWF-RA page that appears, click the appropriate document either “Combo,”  “2-in-1,” or "CostVoucher” to download the instructions.

NOTE TO CONTRACTOR:

Before closing out of an invoice session in WAWF-RA, but after submitting the document ordocuments, the contractor will be prompted to send additional email notifications. Contractor shallclick on “Send More Email Notification” on the page that appears. Add the acceptor’s/receiver’semail address (Note this address is their work email address not their WAWF-RA organizational emailaddress) in the first email address block and add any other additional email addresses desired in thefollowing blocks. This additional notification to the Government is important to ensure theacceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RAsystem. 

 

NOTE: The POCs identified above are for WAWF-RA issues only. Any other contractingquestions/problems should be addressed to the Contracting Officer or other person identified in thecontract to whom questions are to be addressed.

 (End of clause)

 

 U3 –DD 250 RECEIVING REPORT SUBMISSION THROUGH WIDE AREA WORKFLOW - RECEIPTAND ACCEPTANCE (WAWF-RA)

 NOTICE TO RECEIVERS/ACCEPTORS OF SUPPLIES AND/OR SERVICES:

It is the responsibility of the receiving activity to electronically submit to DFAS through WAWF-RA the  DD-250, receipt/inspection and acceptance of  supplies and/or services.  Electronic submission shall be initiated no later than7 days after receipt.

 For further explanation refer to the following websites:

                 https://wawf.eb.mil

                http://www.marcorsyscom.usmc.mil/sies/pa/receipts.asp

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------5000AA M0008811RCGS1950001 2343909.06  LLA : AA 1711106BSS1 251 00027 067443 2D BSS1 1RCGS195LFHJ  Standard Number: M0008811RCGS1950001  6000AA M0008811RCGS1950001 30000.00  LLA : AA 1711106BSS1 251 00027 067443 2D BSS1 1RCGS195LFHJ  Standard Number: M0008811RCGS1950001  6001AA M0008811RCGS1950001 10000.00  

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 36 of 41 FINAL

 

Page 39: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

LLA : AA 1711106BSS1 251 00027 067443 2D BSS1 1RCGS195LFHJ  Standard Number: M0008811RCGS1950001   BASE Funding 2383909.06 Cumulative Funding 2383909.06  MOD 01 Funding 0.00 Cumulative Funding 2383909.06  MOD 02  6000AA M0008811RCGS1950001 (15000.00)  LLA : AA 1711106BSS1 251 00027 067443 2D BSS1 1RCGS195LFHJ  Standard Number: M0008811RCGS1950001  6001AA M0008811RCGS1950001 15000.00  LLA : AA 1711106BSS1 251 00027 067443 2D BSS1 1RCGS195LFHJ  Standard Number: M0008811RCGS1950001   MOD 02 Funding 0.00 Cumulative Funding 2383909.06  MOD 03  5001AA M0008812RCGS195 3279592.33  LLA : AB 1721106 BSS1 251 95490 067443 2D M00088 08812RCGS195  Standard Number: M0008812RCGS195  6002AA M0008812RCGS195 30000.00  LLA : AB 1721106 BSS1 251 95490 067443 2D M00088 08812RCGS195  Standard Number: M0008812RCGS195  6003AA M0008812RCGS195 10000.00  LLA : AB 1721106 BSS1 251 95490 067443 2D M00088 08812RCGS195  Standard Number: M0008812RCGS195   MOD 03 Funding 3319592.33 Cumulative Funding 5703501.39  MOD 04  5002AA M9549413RC01F43 3084795.44  LLA : AC 1731106BSM1 251 67895 067443 2D M95494 49413RC01F43   6004AA M9549413RC01F43 30000.00  LLA : AC 1731106BSM1 251 67895 067443 2D M95494 49413RC01F43   6005AA M9549413RC01F43 10000.00  LLA : AC 1731106BSM1 251 67895 067443 2D M95494 49413RC01F43   8002AA M9549413RC01F43 476077.47  LLA : AC 1731106BSM1 251 67895 067443 2D M95494 49413RC01F43    MOD 04 Funding 3600872.91 Cumulative Funding 9304374.30 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 37 of 41 FINAL

 

Page 40: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION H SPECIAL CONTRACT REQUIREMENTS

KEY PERSONNEL

SUBSTITUTION OF KEY PERSONNEL

H-1. The Contractor hereby agrees to assign to the contract those persons whose resumeswere submitted with this proposal who are necessary to fill requirements of the contract. Nosubstitutions shall be made except in accordance with this section.

 H-1.2 The Contractor agrees that during the first one hundred and twenty (120) days of thecontract performance period, no personnel substitutions shall be permitted unless suchsubstitutions are necessitated by an individual's sudden illness, death, or termination ofemployment. In any of these events, the Contractor shall promptly notify the KO in writing, andprovide the information required as stated below. All proposed substitutions shall be submitted inwriting to the KO. This written notification shall be submitted at least fifteen (15) days, thirty (30)days if a security clearance is to be obtained, in advance of the proposed substitutions to theKO.

 H-1.3 All requests for substitutions must provide a detailed explanation of the circumstancesnecessitating the proposed substitutions; a complete resume for the proposed substitute, andany other information requested by the TOM to approve or disapprove the proposed substitution- without the KO approval, substitutions cannot be made.

H-1.4 All proposed substitutes must have qualifications that are equal to or higher than thequalifications of the person being replaced. The KO shall evaluate such requests and promptlynotify the Contractor of his recommendation.

 H-1.5 In case of unsatisfactory contractor performance, the contractor will take appropriatecorrective action within ten (10) business days of formal notification to correct the problem asidentified by the TOM. In the event that the problem remains unresolved in excess of ten (10)working days, the KO will be notified by the TOM so that appropriate action is taken, to includeemployee removal from current contract if warranted. The Program Manager shall ensure that allGovernment owned property is returned to the TOM should a contractor employee be removed.

 H-1.6 Key personnel are understood to be those four (4) individuals for whom resumes weresubmitted and evaluated as part of the technical proposal submission. Key personnel are ProjectManager, Systems Manager, Operations Manager, and Database Manager.

 

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 38 of 41 FINAL

 

Page 41: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION I CONTRACT CLAUSES

DFARS 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions. (By Reference)

DFARS 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government. (ByReference)

DFARS 252.227-7020 Rights in Special Works (By Reference)

DFARS 252.227-7038 Patent Rights—Ownership by the Contractor (Large Business). (By Reference)

52.217-9 -- Option to Extend the Term of the Contract.  (mar 2008) 

 (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days priorto completion of the base period; provided that the Government gives the Contractor a preliminary written notice ofits intent to extend at least 60 days before the contract expires. The preliminary notice does not commit theGovernment to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.

(End of Clause)

TRADEMARK MANUFACTURE/USE LICENSE AGREEMENT (MAY 2011) (USMC)

(a) The United States Marine Corps (Marine Corps) is, or will be, the owner of all right, title, and interest withinthe United States of America in or to any trademark or service mark first created, generated, or produced under thiscontract including all right, title, and interest in or to any logo, design, or art work associated with such trademarkor service mark, (hereinafter separately or collectively referred to as the “MARK”).  The contractor agrees to and bythis contract does assign all copyright and other intellectual property rights associated with the MARK to theMarine Corps.

(b) Ending with the first to occur of either the completion or termination of this contract, the Marine Corps herebygrants a nonexclusive and nontransferable license to make, manufacture or produce any MARK in connection withall activities relating to the manufacture, production, distribution and packaging of the products and servicesidentified under this contract.  Unless otherwise directed by the Contracting Officer, the contractor shall insure thecorrect designation of either "TM" or “®” in superscript format is placed adjacent to the MARK in connection witheach use or display thereof.

(c) The contractor shall adhere to the technical specifications of the MARK as directed by the Contracting Officer.

(d) The contractor shall not use the MARK in any inappropriate or offensive manner or in any manner that coulddisparage the United States Government, the Marine Corps, the DON or the DoD.  Additionally, the MARK maynot be placed in an area that would be construed as offensive.

 (e) Items to be delivered or services to be performed under this contract that bear MARK shall be of the qualityspecified in the contract.  The quality of any other item or service bearing the MARK shall adhere to the standards ofquality for such items and/or services.

(f) The contractor agrees that the Contracting Officer in his or her sole discretion can direct the contractor toimmediately cease and desist any or all use of the MARK.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 39 of 41 FINAL

 

Page 42: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

(f) Exercise of any of the rights granted under this clause shall not entitle the contractor to: a) any modification(s) tothe terms and conditions, including price, of this contract; b) any claim(s) against the government; and/or c) anyrequest(s) for equitable adjustment.  If the contractor believes it is entitled to any such or similar relief, the contractorshall, prior to exercise of any of the rights granted under this clause, provide written notification to the contractingofficer detailing the relief requested and identifying the basis for such relief with supporting rationale. The contractorshall not thereafter exercise any of the rights granted under this clause until the contracting officer provides a responseto the contractor's written notification.

(End of Clause)

NOTE:  All other clauses are incorporated in this SEAPORT task order.

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 40 of 41 FINAL

 

Page 43: 04 23-Aug-2013 M9549413RC01F43 N/A Quantico VA 22134 … · NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE ... a CITRIX-based, remote terminal services interface to edit and maintain

SECTION J LIST OF ATTACHMENTS

QASP

Past Performance Questionnaire

DD 254

 CONTRACT NO.

 N00178-04-D-4024 DELIVERY ORDER NO.

 MUT6 AMENDMENT/MODIFICATION NO.

 04 PAGE

 41 of 41 FINAL